Manpower Tenders

Manpower Tenders

Corazon Locsin Montelibano Memorial Regional Hospital doh R6 Tender

Food Products
Philippines
Details: Description Item Description Abc Unit Quantity 1 Chicken Whole 725,000.00 Kilo 2,900.00 2 Chicken Breast 182,000.00 Kilo 700.00 3 Chicken Liver 32,500.00 Kilo 130.00 Terms Of Reference Poultry General Requirements: · Updated Government Permits: O Business Permit O Sanitary Permit O Health Permits Of Employees O Supplier Must Issue An Official Receipt Upon Payment Of Items Delivered. O Suppliers Must Be Willing To Deliver Additional Orders If Needed. O If Products Will Be Delivered On Staggered Basis, It Must Be Coordinated With The Nutritionist-dieticians And Should Be Monitored Until All Items Are Completely Delivered. Manpower · Delivery Personnel Should Have Updated Sanitary /health Permit (yellow Card) And Company's Identification Card While On During Delivery. · Grooming : All Personnel Must Have: O Clean Outfit/uniform O Proper Footwear: Closed Shoes O Short Clean Nails (without Nail Polish) O No Rings And Other Jewellery O With Hairnet, Face Mask Delivery Requirement O Sliced Cuts Should Be Packed By 1,3, Or 5 Kilos/ Sealed Pack O Availability Of Closed Van Or Any Closed Or Covered Vehicle For Delivery To Prevent Contamination. O During Delivery, All Products Should Be Placed In Covered Sanitary Containers And Properly Segregated To Avoid Cross Contamination. O No Other Food Or Non-food Items In The Said Van During Delivery Except Items Ordered By Clmmrh-nds. O Cleanliness And Sanitation Of All Delivery Vans And The Corresponding Container Should Be Observed: O Delivery Vans Must Be Thoroughly Washed, Rinsed, And Sanitized Before They Are Used To Transport Food. O No Signs Of Pest Infestations. O No Cracks, Torn, Perforated And Missing Parts In The Van Or Containers To Avoid Contamination. Product Requirements:  Temperature: Temperature: Fresh/chilled [≤41ºf (5ºc)]  Should Be Delivered With Ice Enough To Chill The Fowl (see Below)  Color: No Discoloration Especially Purple-blue Or Green Discoloration Around The Neck; Dark Wing Tips (red Tips Are Acceptable)  Texture:  Firm And Springs Back When Touched  No Stickiness Under The Wings Or Around Joints  Size: .1-1.2 Kilo / Piece  Sliced Cuts Should Be Packed By 1,3 Or 5 Kilos Per Pack.  Odor:  Free From Abnormal, Unpleasant , Disagreeable Odor  Packaging:  For Fresh Fowl:  Should Be Packed With Crushed, Self-draining Ice  Must Be Cut Up To The Knee  Liver & Giblets Must Be Clean, No Odor & Well Drained  For Frozen:  Must Be In Accordance With Specifications  Must Be Stone-hard (for Frozen Items)  Generally:  Fowl/chicken Must Be Individually Packed From A Reputable Source.  Must Be Free From Water Injection.  Fish To Ice Ratio: 3:1
Closing Soon16 Apr 2025
Tender AmountPHP 939.5 K (USD 16.4 K)

City Of Bais Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Water Supply System At Sitio Malaiba, Brgy. Manlipac, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 198-25 Php 138,580.00 1 30 Pcs. 2" X 3" X 12' G.melina 2 60 Pcs. 2" X 2" X 12' G.melina 3 4 Shts. 1/2 X 4 X 8' Mar. Plywood 4 4 Kls Common Wire Nails # 4" 5 3 Kls Common Wire Nails # 3" 6 3 Kls Common Wire Nails # 2" 7 2 Kls Common Wire Nails # 1" 8 20 Bags Portland Cement 9 1 Cu.m. Sand (fine Aggregates) 10 1 Cu.m. Gravel(coarse Aggregates) 11 20 Lngth 10mmø X 6.0m Def. Bar 12 2 Kls. G.i. Tie Wire # 16 13 2 Pcs. Hacksaw Blade 14 15 Bags Water Proofing 15 4 Roll 1"ø X 90m/roll Polyethelene Pipe 16 1 Lngth G.i. Pipe 1"ø X 20' 17 5 Pcs. G.i. Nipple 1" Ø X 4" 18 8 Pcs. Pe Male Adaptor (oring Type) 1"ø 19 4 Pcs. G.i. Bushing Reducer 1 1/4"ø X 1"ø 20 10 Pcs. Tapelon Tape 3/4"ø 21 1 Pc. Foot Valve 1"ø 22 1 Pc. Brass Swing Valve 1/2"ø 23 1 Pc. Floater Switch 24 1 Pc. Safety Breaker 30 Amp. 25 160 Mtrs. Thw Copper Conductor # 6 26 40 Mtrs. Thw Wire # 10 27 1 Pc. Single Phase Mk31 100amp, Multi Functional Meter (kw/h, A,v Hz Pf & Demand) 28 1 Pc. Centrifugal Pump 2hp (vertical Gould) 29 2 Pcs. Electrical Tape (big) The Approved Budget For The Contract Is To Be Taken From 20% Dev’t Fund 2025. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On April 8, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date8 Apr 2025
Tender AmountPHP 138.5 K (USD 2.4 K)

Ministry Of Manpower Tender

Software and IT Solutions
Oman
Purchaser Name: Ministry Of Manpower | Replacing The Internet Access System With A Gateway Proxy
Closing Date22 Apr 2025
Tender AmountRefer Documents 

Corazon Locsin Montelibano Memorial Regional Hospital doh R6 Tender

Manpower Supply
Philippines
Details: Description Item Description Abc Unit Quantity 1 One Year Outsourcing Of Security Servces (please See Attached Terms Of Reference) 23,200,000.00 Lot 1 Terms Of Reference Security Services Corazon Locsin Montelibano Memorial Regional Hospital (clmmrh) Is Looking For A Provider Of Security Services For A Period One (1) Year With Management Option For Extension Subject To Performance Evaluation Of The Services Of The Contractor. Services To Be Provided: The Bidders Shall Provide Quotations For Provision Of Security Services And Protection To The Personnel, Assets And Premises Of The Clmmrh As Follows: I. General And Specific Requirements A. Manpower: (lowest Bidder) Seventy-five (75) Security Guards - To Include One (1) Detachment Commander And Three (3) Shift-in-charge Who Are: A) Physically And Mentally Fit (medical Cert. Required) B) Licensed, Armed And Bonded C) Have A Two (2) Way Hand Held Radio And Base Radio With External Antenna. D) Equipped With Licensed Fire Arms (preferably 9mm Pistol, Fully Loaded With 1 Spare Fully Loaded Magazine &/or 12ga Shotgun, Fully Loaded Plus 7 Extra Shells) E) Complete Uniform And Paraphernalia (flashlight, Whistle, Baton, Medicine Kit, Metal Detectors (if Applicable In The Area Of Assignment) F) Have Certificates Of Training Such As But Not Limited To Gun Safety And Customer Relation G) Have Drug Test And Neuro-psychological Test Results With The Last Three (3) Months During The Duration Of The Contract. H) Courteous, Respectful, Efficient And Effective I) Between 21 To 50 Years Old B. Time And Shifts: To Render Services For Eight (8) Hours In Three (3) Shifts For Total Of Twenty-four (24) Hours Daily Including Saturdays, Sundays And Holidays. C. Agency And Administration: The Winning Bidder Should: A) Have An Office And Armory Within Bacolod City. B) Complies With Current Philippine Laws And Regulations Pertinent To The Project. C) Show Proof Of Service Experience And Satisfactory Performance From At Least Three (3) Major Clients For The Past Five (5 Years) Preferably Iso Certified Clients Or Its Equivalent. D) Submit Proof Of Remittance Of Contributions To Sss, Phic And Pag-ibig For Two (2) Months. E) Preferably An Iso Certified Security Agency. Ii. Approved Budget For The Contract The Approved Budget For The Contract Amounts To Twenty-three Million Two Hundred Thousand Pesos (₱ 23,200,000.00), Inclusive Of The Following: A) Amount To Guard And Government – Inclusive Of Salaries & Wages Of Security Guards And Mandatory Benefits To Government In Favor Of Guard B) Agency Fee – Administrative Overhead And Margin C) Value Added Tax Of 12% (based On Agency Fee Only) Iii. Job Description Of The Security Guard A) The Security Service Shall Include Control Of Entries And Exits And Id Card Check/verification Of The Incoming People Other Than The Staff Working Including Motor Vehicles And Human Driven Transport Services At The Building And Securing Peace Of The Inhabitants At The Building And Overall Security Of The Building With Its Entire Premises. Description Of The Premises And Responsibilities Of The Security Officers Is As Follows: A.1) Main Entrance Gate: This Is The Entrance Where People Enter And Exit And Visitors Are Searched And Id Cards Checked. A.2) Watch And Control Duty: This Is The Security Service Including Watch At The Place Of Assignment And Control Duty To Prevent Parking Of Outsider’s Cars And Placement Of Foreign Objects At The Parking Area And In Front Of The Building. A.3) Reception Duty: Assisting Visitors Upon Their Arrival At The Building In An Effective, Kind And Professional Manner And Registering Their Names And Directing Them To The Relevant Departments. Knowledge Of English Language Is Essential. A.4) Back Gate: Assisting The Movement (entry And Exit) Of Cadavers And Hospital Contractors B) Security Officers Shall Strictly Impose All Hospital Policies, Memoranda And Instructions Such As But Not Limited To Watcher, Visitors, Car Stickers. C) Security Officers Shall Strictly Adhere To Their Signed Non-disclosure Agreement Prepared By The Hospital Even After Their Deployment In This Institution. D) Security Officers Shall Adhere To The Data Privacy Law. E) Security Guards Shall Thoroughly Examine Watchers Pass And Has The Right To Confiscate And/or Deny Entry. F) Security Officers Shall Perform Their Duties At All Floor, In The Front Of The Building, At The Parking Area And At Other Places At The Sides Of The Building As Shall Be Notified By The Building Management. G) Any And All Visitors/watchers Coming To The Building, Irrespective Of Their Identity, Be Thoroughly Inspected And/or Visually Searched Without Letting Him/her Notice It, As If He/she Were A Suspect. In Case Of Unusual Circumstances Determined By Management, Shall Disallow Entry. H) Security Officers Shall Immediately Get Acquainted With The Staff Working At The Building And Other People Shall Be Regarded As Customers And Visitors. I) Security Officers Shall Be Provided With The List Of Names Of The Staff And Their Car Plate Numbers So That They Can Control The Entries To The Building And Those To The Parking Lot Accordingly. J) Security Officers Shall Not Be Overly Familiar, And Act In An Informal Way With The Staff, Customers And Visitors For Any Reason Whatsoever. K) For The Performance Of The Security Services Herein, All The Floors Not On A 24-hour Shift Shall Be Checked Every Two Hours After Office Or Clinic Hours And Lights Not In Use Shall Be Switched Off And Running Taps Shall Be Turned Off. L) In Case Of Emergency (fire, Theft, Sabotage, Attack, Bombing Alert, Flood, Other Related Crimes Etc.), Security Officers Shall First Attend The Case, Ensure Maintenance Of Proof And Evidence Of Crime, And Shall Immediately Notify The Fire Department And Police Department M) The Officers Shall Always Establish Coordination With, And Receive Work-related Instructions, If Any, From The Clmmrh Focal Point And Shall Accommodate The Instructions So Given And Shall Inform Clmmrh Focal Point Of Any Issues That May Go Beyond Their Power. N) Security Officers Shall Not Allow Any Unauthorized Parking In Front Of The Emergency Room And Other Designated Parking Areas. O) Security Officers Should Support Clmmrh Focal Point With A Variety Of Other Functions Pertaining To The Implementation Of Security Plan And Security Directives Of The Hospital. P) Security Officers Shall Assure That All The Security And Fire-alarm Equipment Work Properly And In Case Of Any Detection Of Malfunctioning Should Inform Clmmrh Focal Point. Q) It Is Expected The Possibility For Quick Support To Clmmrh From Your Company Central Office On When-needed Emergency Basis. R) In The Event Of An Emergency, The Contractor Shall Contact Clmmrh Focal Point. S) Security Officers Must Be Willing To Be Oriented With Iso And Other Clmmrh Policies, Rules And Regulations. T) Security Officers Are Prohibited To Transact Any Business During The Performance Of Their Duty. Iv. Responsibility Of The Contractor A) The Contractor Shall Be Fully Responsible For All Work And Services Performed By Its Security Guards, And Shall For This Purpose Employ Qualified, Competent And Well-trained Guards To Perform The Services Under The Contract. B) The Contractor Shall Take All Reasonable Measures To Ensure That The Contractor's Personnel Conform To The Highest Standards Of Moral And Ethical Conduct. Clmmrh May, At Any Time, Request In Writing The Withdrawal Or Replacement Of Any Personnel Of The Contractor Assigned To Perform Work Or Services Under This Contract. The Contractor Shall, At Its Own Cost And Expense, Withdraw Or Replace Such Personnel Forthwith. A Request By Clmmrh For Withdrawal Or Replacement Of The Contractor's Personnel Shall Not Be Deemed A Termination Of This Contract. C) Clmmrh Shall Not Be Liable For Any Action, Omission, Negligence Or Misconduct Of The Contractor's Employees, Agents, Servants, Or Subcontractors Nor For Any Insurance Coverage Which May Be Necessary Or Desirable For The Purpose Of This Contract, Nor For Any Costs, Expenses Or Claims Associated With Any Illness, Injury, Death Or Disability Of The Contractor's Employees, Agents, Servants, Or Subcontractors Performing Work Or Services In Connection With This Contract. D) The Contractor Must Cooperate And Assist The Hospital In Filing Of Cases To Appropriate Government Agencies. E) The Contractor, Upon Request Can Provide Plain Clothe Guards And/or Detective Services And Assistance To Investigation To The Clmmrh. F) The Contractor Shall Provide The Following Rain Coats, Rubber Boots, Umbrellas, Face Mask, Gloves, Googles, Alcohol And The Likes For The Security Personnel. G) The Contractor Shall Provide Logbooks, Bond Papers And Other Office Supplies. H) The Contractor Shall Submit List Of All On The Job Trainees To The Focal Person Prior To Deployment. I) The Contractor Shall Provide A Service Vehicle To Be Stationed At The Hospital Premises. J) The Contractor If Possible, Invite The Management Focal Person In The Hiring Process And/or Interview Of Applicants. K) The Contractor Shall Be Evaluated Yearly And Must Maintain A Satisfactory Level Of Performance. L) In Case Of Noncompliance In The Enforcement Of All Hospital Policies, Management Has The Right To Impose Sanctions Up To Termination Of Contract. V. In Your Quotation Please Reflect: 1. Your Agreement With The Above Set Conditions; 2. Schedule Of Bid Rates (see Annex A) 3. Information On Your Company (date Of Operation, Licenses, List Of At Least 3-5 Main Clients (references May Be Requested Later On), Information On Your Company Central Office, Total Number Of Staff, Possibility For Quick Support From Your Company Central Office On When-needed Emergency Basis). 4. Other Info That You Believe Is Important. Vi. Payment Terms: Fifteen (15) Working Days From The Receipt Of The Service Invoice And Complete Supporting Documents For The Previous Month’s Services. Vii. Your Quotation Should Be Received By The Clmmrh Not Later Than -___________________ Addressed To: Catherine T. Jison, Md Bac Chairman Corazon Locsin Montelibano Memorial Regional Hospital Bacolod City, Negros Occidental Annex A – Schedule Of Bid Rates Department Of Health Corazon Locsin Montelibano Memorial Regional Hospital Provision Of Security Services For Twelve (12) Months (7 Days A Week/ 3 Shifts) Year 1 Day Shift Night Shift New Daily Wage¹ 480.00 480.00 No. Of Days Per Year 396.00 396.00 Amount Directly To Guard Basic Pay 15,840.00 15,840.00 Night Differential Pay - 1,584.00 13th Month Pay 1,216.67 1,216.67 5 Days Incentive Pay 200.00 200.00 Uniform Allowance² 100.00 100.00 Total Amount To Security Guard 17,356.67 18,940.67 Paid To Government A) Retirement Benefit³ 900.00 900.00 B) Sss Premium⁴ 1,662.50 1,805.00 C) Philhealth Contribution⁵ 396.00 396.00 D) State Insurance Fund 10.00 30.00 E) Pag-ibig Fund 200.00 200.00 Total Amount Directly To Gov’t. In Favor Of Guard 3,168.50 3,331.00 A. Total Amount To Guard And Govt. 20,525.18 22,271.68 B. Agency Fee (administrative Overhead And Margin)⁶ 4,105.04 4,454.34 C. Value Added Tax (agency Fee X 12%) 492.60 534.52 Total Bill Per Month 25,122.82 27,260.54 No. Of Personnel 55.00 20.00 Total Monthly Bill 1,381,754.88 545,210.72 Total Contract Price For One Year 23,123,587.20 Abc For One Year 23,200,000.00
Closing Soon16 Apr 2025
Tender AmountPHP 23.2 Million (USD 406.9 K)

City Of Bais Tender

Civil And Construction...+2Building Construction, Furnitures and Fixtures
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use Of Bais Training Center Operation, Cpicad, Viz: Item Approved Budget For The Contract (abc) Pr No. 224-25 Php 684,400.00 1 6 Pcs. Steel Sliding Cabinet With Glass Door 2 20 Pcs. 10 Seaters Folded Dining Plastic Round Table 3 200 Pcs. Banquet Chairs Steel Frame (w: 45cm D:52cm H93cm) 4 2 Pcs. Stainless Steel Table With Cabinet (w: 60cm D:60cm H80cm) 5 1 Unit Vacuum Sweeper (wet And Dry) 20 Liters 6 1 Unit Polisher (electric W/ Complete Accessories) Heavy 7 1 Unit 8.0 Front Load Washers 5.0kg. Dryer 8 2 Unit Steamer Flat Iron 2600w (w: 1.5kg.) 9 2 Unit Ironing Board With Iron Rest (117 X 33 X 81cm) 10 1 Unit Steam Pressers 3 Klgs. 11 1 Unit Sorting Shelves 5 Layer (w:48 D:24cm H:72cm) 12 1 Unit Laminating Machine A3 Size Heavy Duty The Approved Budget For The Contract Is To Be Taken From Establishment And Operation Of Bais Training Center For Women (mooe-7621-5-02-99-990(17) 7621). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On April 8, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date8 Apr 2025
Tender AmountPHP 684.4 K (USD 12 K)

Patna University Tender

Services
Housekeeping Services...+2Security and Emergency Services, Manpower Supply
India
Description: Hiring Of Agency For Providing Manpower, Manual & Mechanized Cleaning And Housekeeping Services At University And Hiring Of Agency For Providing Security Services
Closing Date21 Apr 2025
Tender AmountRefer Documents 

Tamilnadu Cooperative Milk Producers Federation Limited - TCMPF Tender

Works
Eprocure
India
Details: Two part open e-Tender for Unskilled labour for Lab Assistant for two years 2025-27(Manpower Contract)
Closing Soon9 Apr 2025
Tender AmountINR 2 Million (USD 23.4 K)

Advanced Weapons And Equipment India Limited - AWEIL Tender

Services
Manpower Supply
GEM
India
Description: CATEGORY: Manpower Outsourcing Services - Minimum wage - Unskilled; 8th class pass from recognized school Desirable Matriculation or equivalent; Admin , Manpower Outsourcing Services - Minimum wage - Unskilled; Under matriculate; Admin , Manpower Outsourcing Services - Minimum wage - Unskilled; Under matriculate; Others , Manpower Outsourcing Services - Minimum wage - Skilled; Matriculate; Others , Manpower Outsourcing Services - Minimum wage - Skilled; Diploma in hotel management hospitality hotel administration Graduation from a recognized university institute or equivalent; Admin
Closing Soon15 Apr 2025
Tender AmountINR 7.4 Million (USD 86.9 K)

City Of Bais Tender

Civil And Construction...+2Paints and Enamels, Civil Works Others
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In Repair And Maintenance Of Office Building (b1) (painting Works), City General Services Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 202-25 Php 239,300.00 1 20 Gals Paint, Roofing (baguio Green) 2 20 Gals Paint, Roofing (spanish Red) 3 30 Gals Paint, Flat Latex (white) 4 10 Gals Paint, Semi-gloss Latex (white) 5 20 Gals Paint, Flat Wall Enamel (white) 6 12 Gals Paint, Enamel (chocolate Brown) 7 12 Gals Paint, Latex (choco Brown) 8 6 Gals Paint, Oil-woodstain (maple) 9 6 Gals Paint, Oil-woodstain (mahogany) 10 6 Gals Paint, Oil-woodstain (dark Oak) 11 6 Gals Paint, Oil-woodstain (wall Nut) 12 6 Gals Paint, Silver Finish Aluminum 13 8 Gals Lacquer, Sanding Sealer 14 8 Gals Lacquer, Clear Gloss 15 8 Gals Valspar Varnish 16 10 Gals Lacquer, Thinner 17 10 Gals Paint, Thinner 18 8 Gals Latex, Concrete Putty 19 8 Ltrs. Automotive Body Filler W/ Hardener (500ml/tube) 20 40 Can Paint, Latex Tinting Color (thalo Blue) 21 10 Can Paint, Latex Tinting Color (thalo Green) 22 10 Can Paint, Latex Tinting Color (lampblack) 23 40 Can Paint, Latex Tinting Color (raw Sienna) 24 50 Pcs. Sand Paper # 100 25 50 Pcs. Sand Paper # 80 26 20 Pcs. Paint Roller #9 W/ Handle 27 20 Pcs. Paint Roller #4 W/ Handle 28 20 Pcs. Paint Brush #4 29 20 Pcs. Paint Brush #2 30 10 Pcs. Paint Brush # 1 The Approved Budget For The Contract Is To Be Taken From Repair & Maintenance – Infrastructure Assets (b) Public Buildings – (b1) Office Building (5-02-13-030). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On April 8, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date8 Apr 2025
Tender AmountPHP 239.3 K (USD 4.1 K)

City Of Bais Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In Repair And Maintenance Of Hospital And Health Centers In Lowland, City General Services Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 210-25 Php 168,400.00 1 4 Shts. 3/4" X 4' X 8', Marine Plywood 2 8 Shts. 1/4" X 4' X 8', Marine Plywood 3 40 Pcs. 2" X 4" X 10' Good Lumber 4 40 Pcs. 2" X 2" X 10' Good Lumber 5 40 Pcs. 1" X 2" X 10' Good Lumber 6 6 Gals. Paint, Qde (black) 7 6 Gals. Paint, Flat Wall Enamel (white) 8 6 Gals. Paint, Wall Enamel (chocolate Brown) 9 6 Gals. Paint, Flat Latex (white) 10 6 Gals. Paint, Semi-gloss Latex (white) 11 12 Gals. Paint, Roofing (baguio Green) 12 10 Can Paint, Latex Tinting Color (raw Sienna) 13 10 Can Paint, Latex Tinting Color (thalo Blue) 14 10 Can Paint, Latex Tinting Color (thalo Green) 15 10 Can Paint, Latex Tinting Color (lampblack) 16 20 Length 25mm X 6.0m X 5mm Thick, Flat Bar 17 40 Length 12mmø X 6.0 M, Deformed Bar 18 60 Length 10mmø X 6.0 M, Deformed Bar 19 2 Box Welding Rod 20 6 Pcs. Disc, Cutting 4"ø (steel) 21 6 Pcs. Bit, Drill 1/4"ø (steel) 22 20 Shts. 3' X 8', Corrugated G.i. Sheets (ga 26) 23 10 Shts. 4' X 8', Plain G.i. Sheets (ga 26) 24 10 Kls Common Wire Nails # 4 25 10 Kls Common Wire Nails # 3 26 10 Kls Common Wire Nails # 2 27 10 Kls Common Wire Nails # 1 28 10 Kls Umbrella Nails 2-1/2" 29 20 Pcs. Paint Roller 4" W/ Handle 30 10 Pcs. Paint Brush 4" 31 10 Pcs. Paint Brush 2" 32 10 Pcs. Paint Brush 1" 33 10 Ltr. Roofing Sealant The Approved Budget For The Contract Is To Be Taken From Repair & Maintenance – Infrastructure Assets (b) Public Buildings – (b3) Hospital & Health Centers-lowland (5-02-13-030). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On April 8, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date8 Apr 2025
Tender AmountPHP 168.4 K (USD 2.9 K)
2031-2040 of 2426 active Tenders